Notice Information
Notice Title
ID 5584876 - TEO - Contingency Campaign Advertising Contract
Notice Description
TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as 'the Buyer' wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: * To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe * To communicate NI Executive's decisions in relation to the emergency/issue. * To minimise misunderstanding, rumours and misinformation. * To ensure that messages are disseminated in a timely, targeted and consistent manner. * To target specific audiences and stakeholders with key information. * To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract.
Lot Information
Lot 1
TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as 'the Buyer' wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: * To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe * To communicate NI Executive's decisions in relation to the emergency/issue. * To minimise misunderstanding, rumours and misinformation. * To ensure that messages are disseminated in a timely, targeted and consistent manner. * To target specific audiences and stakeholders with key information. * To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract. Additional information: As the implementation of this Contract will be driven by factors outside the control of The Executive Office, no guarantees can be given about the volume or value of the Contract used in any given year or during the Contract lifetime.. . In the event of a significant emergency, and where the contract is activated the value of this contract is up to PS3,000,000. As the value of this contract is difficult to define, there may be a requirement to increase the contract value providing any requirement falls within the scale and scope of this contract. However, if the contract is not activated then the annual spend will be PS1,000.
Renewal: The Contract will be for an initial period of three years followed by two optional extension periods of one year each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e620
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006616-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79340000 - Advertising and marketing services
79341000 - Advertising services
79341200 - Advertising management services
79341400 - Advertising campaign services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Feb 20251 years ago
- Submission Deadline
- 16 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE EXECUTIVE OFFICE
- Contact Name
- Not specified
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT4 3TT
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN0 Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Stormont
- Westminster Constituency
- Belfast East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04e620-2025-02-21T11:31:24Z",
"date": "2025-02-21T11:31:24Z",
"ocid": "ocds-h6vhtk-04e620",
"description": "The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates..",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04e620",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 5584876 - TEO - Contingency Campaign Advertising Contract",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79341000",
"description": "Advertising services"
},
"mainProcurementCategory": "services",
"description": "TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as 'the Buyer' wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: * To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe * To communicate NI Executive's decisions in relation to the emergency/issue. * To minimise misunderstanding, rumours and misinformation. * To ensure that messages are disseminated in a timely, targeted and consistent manner. * To target specific audiences and stakeholders with key information. * To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as 'the Buyer' wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: * To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe * To communicate NI Executive's decisions in relation to the emergency/issue. * To minimise misunderstanding, rumours and misinformation. * To ensure that messages are disseminated in a timely, targeted and consistent manner. * To target specific audiences and stakeholders with key information. * To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract. Additional information: As the implementation of this Contract will be driven by factors outside the control of The Executive Office, no guarantees can be given about the volume or value of the Contract used in any given year or during the Contract lifetime.. . In the event of a significant emergency, and where the contract is activated the value of this contract is up to PS3,000,000. As the value of this contract is difficult to define, there may be a requirement to increase the contract value providing any requirement falls within the scale and scope of this contract. However, if the contract is not activated then the annual spend will be PS1,000.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will be for an initial period of three years followed by two optional extension periods of one year each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79340000",
"description": "Advertising and marketing services"
},
{
"scheme": "CPV",
"id": "79341400",
"description": "Advertising campaign services"
},
{
"scheme": "CPV",
"id": "79341200",
"description": "Advertising management services"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-16T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-07-15T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-04-16T15:30:00+01:00"
},
"bidOpening": {
"date": "2025-04-16T15:30:00+01:00",
"description": "Only CPD Procurement Staff with access to the project on eTendersNI."
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into."
},
"parties": [
{
"id": "GB-FTS-138926",
"name": "The Executive Office",
"identifier": {
"legalName": "The Executive Office"
},
"address": {
"streetAddress": "Stormont Castle, Stormont Estate",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT4 3TT",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ssdadmin.cpd@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20217",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-138926",
"name": "The Executive Office"
},
"language": "en"
}